HomeMy WebLinkAboutR-98-0566J-98-579
6/1/98
RESOLUTION NO. 9 8 -" 566
A RESOLUTION, BY A FOUR -FIFTHS (4/5THS)
AFFIRMATIVE VOTE OF THE MEMBERS OF THE CITY
COMMISSION, AFTER A DULY ADVERTISED PUBLIC
HEARING, RATIFYING, APPROVING AND CONFIRMING
THE CITY MANAGER'S FINDING OF SOLE SOURCE;
WAIVING THE REQUIREMENTS FOR COMPETITIVE
SEALED BIDDING PROCEDURES AND APPROVING THE
PROCUREMENT OF PHYSIO CONTROL CARDIAC LIFE
SUPPORT EQUIPMENT MAINTENANCE SERVICE FROM
PHYSIO CONTROL CORPORATION, THE SOLE SOURCE
PROVIDER FOR SAID SERVICE, FOR THE DEPARTMENT
OF FIRE -RESCUE, FOR AN INITIAL TERM OF THREE
YEARS, AT A TOTAL ANNUAL AMOUNT NOT TO EXCEED
$66,012.00, WITH THE OPTION TO RENEW FOR TWO
ADDITIONAL ONE-YEAR PERIODS AT A RE-
NEGOTIATED PRICE, PROVIDING FOR REPEALER AND
SEVERABILITY CLAUSES; ALLOCATING FUNDS
THEREFOR FROM ACCOUNT CODE NO. 280601-270.
WHEREAS, the maintenance of Physio Control Cardiac Life
Support Equipment is critical as it is used in the treatment of
life threatening situations and must be maintained at all times
and in proper working order; and
WHEREAS, in the course of daily use, mechanical and
electrical failures are encountered and the continuance of a
maintenance and performance assurance program are essential; and
WHEREAS, funds for said service are available from the
Department of Fire -Rescue's General Fund, Account Code
CITY COUMMON,
MEETING Og
JUN09w
fWW1UU= No.
98- 566
No. 280601-270; and
WHEREAS, Physio Control Corporation is the sole source
manufacturer of the existing Physio Control Cardiac Life Support
Equipment and the distributor of replacement parts and supplies
for the Lifepak monitors/defibrillators/pacemakers used by the
City; and
WHEREAS, the Chief Procurement Officer has adopted a finding
that Physio Control Corporation is the only vendor able to
provide maintenance services on its Cardiac Life Support
Equipment; and
WHEREAS, the finding of the Chief Procurement Officer has
been approved and adopted as the finding of the City Manager; and
WHEREAS, the City Manager and the Director of the Department
of Fire -Rescue recommend that the requirements for competitive
bidding procedures be waived and the procurement of Physio
Control Cardiac Life Support Equipment maintenance services from
Physio Control Corporation, the sole source provider, be
approved;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the
Preamble to this Resolution are hereby adopted by reference
thereto and incorporated herein as if fully set forth in this
section.
Section 2. By a four -fifths (4/5ths) affirmative vote of
the members of the City Commission, after a duly advertised
public hearing, the City Manager's finding of sole source,
- 2 - 98- 566
waiving the requirements for competitive bidding procedures, and
approving the procurement of Physio Control Cardiac Life Support
Equipment maintenance services from Physio Control Corporation,
the sole source provider for said service, for the Department of
Fire -Rescue, is hereby ratified, approved, and confirmed, for an
initial term of three years, at a total annual amount not to
exceed $66,012.00, with the option to renew for two additional
one-year periods at a re -negotiated price, providing for repealer
and severability clauses, with funds therefor hereby allocated
from Account Code No. 280601-270 for said procurement.
Section 3. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this9th day of
June
1998.
JOE CAROLLO, MAYOR
In accordance with Miami Code Sec. 2-36, since the Mayer did not indicate approval of
this legislation by signing it in the designated place provided, said iegislati;nr: now
becomes effective with the elapse of ten (10) days from the date of Commission
regarding same, without the Mayor exercisin
ATTEST:
W Iter man, City Clerk
WALTER J. FOEMAN
CITY CLERK
PREPARED AND APPROVED BY:
RAFAEL 0. DIAZ
ASSISTANT CITY
W2613:BSS
- 3 - 9$- 566
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO : Honorable Mayor and DATE : May 22, 1998 FILE
";,Tembers of the City Commission
SUBJECT : Contract Agreement;
Physio-Control
FROM �+M : ona d H. Warshaw REFERENCES
City Manager
ENCLOSURES:
RECOMMENDATION:
It is hereby requested that the City Commission adopt the attached Resolution, by a four -fifths
(4/5ths) affirmative vote of the members of the City Commission, after a duly advertised public
hearing, ratifying, approving, and confirming the City Manager's finding of sole source; waiving
the requirements for competitive sealed bids and approving the engagement of Physio Control
Corporation, 11811 Willow Road NE, Redmond, WA (a non-minority/non-local vendor) on a
contract basis for three (3) years, with the option to renew for two one-year periods, to provide
maintenance of the Cardiac Life Support Equipment originally acquired from Physio Control, on
an annual basis not to exceed $66,012.00; allocating funds therefore from the Department of Fire -
Rescue Account Code 280601-270.
BACKGROUND:
The Department of Fire -Rescue has been utilizing equipment provided by Physio Control
Corporation since at least 1984, and this maintenance as requested herein has been previously
approved as a sole source pursuant to Resolutions 84-656 and 88-801. The Department of Fire -
Rescue later ran an extensive field test in 1990-91 which involved the major vendors of this type
of equipment. The results of this test demonstrated the Physio Control product 2B is superior in
function and reliability. Because of this we proceeded to upgrade our existing Cardiac Life
Support Devices to the Physio Control products. The maintenance of this Cardiac Life Support
Equipment is critical as it is used in the treatment of life threatening situations and must be
maintained at all times and in proper working condition. In the course of daily use, mechanical
and electrical failures are encountered; therefore, the continuance of a maintenance and
performance assurance program is essential.
As the Chief Procurement Officer has deemed the acquisition of maintenance services by Physio
Control Corporation as a sole source, it is therefore recommended at this time that the City
Commission ratify the City Manager's finding of sole source and authorize the acquisition of
these services.
JGP/CtG/ML K/pmk
CoverftysioConuol.doc
CITY OF MIAMI; FLORIDA
INTER -OFFICE MEMORANDUM
TO : Judy S. Carter, Director DATE : May 4, 1998 FILE
Department of Procurement
SUBJECT
Contract Agreement;
Physio Control
FROM i/� /' REFERENCES
Chief C.A. Gimenez, Director ENCLOSURES:
Department ofFire-Rescue
This department has verified with the Department of Budget that funds are available to
cover the cost of the subject contract in the amount of $58,068.00 for FY 1997-98, from
the Department's General Operating Budget Code #280601.270.
BUDGETARY REVIEW & APPROVAL:
i1 r
DIPAK PAREKH, DIRECTOR
OFFICE OF MANAGEMENT AND BUDGET
tt
CAG/MLK/pmk
FundingphysioControl.doc
G
�1
98- 566
.0-
CITY OF MIAMI, FLORIDA
Jose Garcia -Pedrosa
TO City Manager
INTER -OFFICE MEMORANDUM
May 13, 1998
DATE:
FILE :
Sole Source Request for Maintenance
SUBJECT: Services to the Physio Control Cardiac
Life Support Equipment
FROM: Judy er REFERENCES:
Chief ocur ent Officer
ENCLOSURES:
An investigat n was conducted by staff in order to determine whether Physio Control Corporation, a non-minority/non -
local vendo ocated at 11811 Willow Road NE, Redmond, Wa. 99073, is the sole source provider for maintenance services
for the Cardiac Life Support Equipment provided to the Department of Fire -Rescue by the Physio Control Corporation.
The City of Miami has deemed Physio Control Corporation as a sole source provider since 'at least 1984, and pursuant to
Resolutions 84-656 and 88-801, has approved the provision of maintenance services for the Physio Control Cardiac Life
Support Equipment used in the treatment of life threatening situations for the Department of Fire -Rescue. This equipment
must be maintained at all times and in proper working conditions.
According to Physio Control Corporation, they are the sole source provider and distributor of replacement parts and supplies • , _
for the Lifepak monitors/defibrillators/pacemakers used by the City. The use of supplies, accessories, or parts from sources
other than the Physio Control Corporation may void any product warranty on those products. Physio Control also provides
all replacement parts on its equipment, and the use of parts from Physio Control ensures that parts are interchangeable from
one of its products to another.
In addition, the Department of Fire -Rescue recently purchased 2 Lifepak 11 Diagnostic Cardiac Monitors, and 13
Defibrillators/Pacemakers. The purchase of these items would work in conjunction with the equipment previously acquired
from Physio Control, and the acquisition of this most recent equipment was deemed a sole source. Pursuant to this request for
a sole source finding, the maintenance services herein requested would maintain this equipment along with existing
equipment purchased also under a sole source finding.
The proposed cost for the maintenance services requested herein is in the amount not to exceed S66,012.00. Funds for the
purchase of these items will be allocated from the Department of Fire -Rescue, Account Code No. 280601-270.
Therefore, I am recommending that the requirements for competitive bidding be waived and the above findings be approved:
that Physio Control Corporation, a non-minority/non-local vendor located at 11811 Willow Road NE, Redmond, Wa. 98073
is the sole source provider for the maintenance services on its Cardiac Life Support Equipment, on behalf of the Department
of Fire -Rescue. I A
cc: hief C.A. Gimenez
Sole Source File
APPROVED:
Farcia-Pedrosa
Manager
DATE: 6-r 19 19 e
ZJprocuremenbbids/wordSOLESOURCEPhysio-Coretrol97
98- 566
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
Judy S. Carter DATE May 13, 1998 FILE
Chief Procurement Officer
SUBJECT Sole Source Request for Maintenance
Services to the Physio Control Cardiac
/'7 Life Support Equipment
'Lti � it-e�Lf.
FROM'. Pamela E. Burns REFERENCES:
Sr. Procurement Contracts Officer
ENCLOSURES:
An investigation was conducted to determine whether Physio Control Corporation, a non-minority/non-local vendor located
at 11811 Willow Road NE, Redmond, Wa. 98073, is the sole source provider for maintenance of the Cardiac Life Support
Equipment utilized by the Department of Fire -Rescue and acquired from Physio Control Corpqration.
The City of Miami has deemed Physio Control Corporation as a sole source provider since at least 1984, and pursuant to
Resolutions 84-656 and 88-801, has approved the provision of maintenance services of the Physio Control Cardiac Life
Support Equipment used in the treatment of life threatening situations for the Department of Fire -Rescue. This equipment
must be maintained at all times and in proper working conditions.
According to Physio Control Corporation, they are the sole source provider and distributor of replacement parts and supplies
for the Lifepak monitors/defibrillators/pacemakers used by the City. The use of supplies, accessories, or parts from sources
other than the Physio Control Corporation may void any product warranty on those products. Physio Control also provides
all replacement parts on its equipment, and the use of parts from Physio Control ensures that parts are interchangeable from
one of its products to another.
In addition, the Department of Fire -Rescue recently purchased 2 Lifepak 11 Diagnostic Cardiac Monitors, and 13
Defibrillators/Pacemakers. The purchase of these items would work in conjunction with the equipment previously acquired
from Physio Control, and the acquisition of this most recent equipment was deemed a sole source. Pursuant to this request for
a sole source finding, the maintenance services herein requested would maintain this equipment along with existing
equipment purchased also under a sole source finding.
The proposed cost for the maintenance services requested herein is in the amount not to exceed $66,012.00. Funds for the
purchase of these items will be allocated from the Department of Fire -Rescue, Account Code No. 280601-270
Therefore, I am recommending that the requirements for competitive bidding be waived and the above fmdings be approved:
that Physio Control Corporation, a non-minority/non-local vendor located at 11811 Willow Road NE, Redmond, Wa. 98073
is the sole source provider for the maintenance services on its Cardiac Life Support Equipment, on behalf of the Department
of Fire -Rescue.
Procurement Officer
JSC:CMC:PEB
cc: Chief C.A. Gimenez
Sole Source File
DATE:
TJprocuremendbids/wordSOLESOURCEPhysio-Control97
gg- 566
Pricing Worksheet
CONTRACT
PRICING
WORKSHEET
-._.
# of Months # of
I repairs covered Inspections Price of 1 Total
I (up to 12 months) per unit Inspection Price
12 _ ._. _ ._ $5,640.00
12 ...----------..... -v--- - ........ $4,128.00
12.-------------------------=-----•----------...-------------... - $24,180.00
-----
12 $15,168.00
CUST NAME:
Type of
POS
# of
Price/unit/
Equipment
(Y if yes
Units
from sheet
LP200
N
1 10
$564.001
LP250
N
8
$516.00
LPSM/D
LP10
N
N
31
16
$780.00
$948.00
LP11 M
N
1 13
$552.00
12 $7,176.00
-----------------------
LP11 D
N
1 2
$432.00
.... -.........
12 $864.00
.---------------------v= ------------ _ ....----........_... .
12: $240.00
- ---------- ------ _.
12 ` $672.00
EVR
N
1
$240.00
LP10C
N
2
$336.00
$0.00
Subtotal
___---6-iscount
$58,068.00
Discount $
$ - %
0.00
Case Changes, accessories included, etc ... (not discounted)
Description J#Unts
Price I
I
Ext Price
City of Miami Fire
$0.00
1997/1998 pricing
Sox()
($12.00)
Total
$58.056.00
Rounded Tofat
$58.056.00
NET PRICE SUBTOTAL (from contracts
billable page)
OTHER AMOUNT to put on conbaetsbillablepage)
($58,068.00)
�w.
Page 1
98- 566
Pricing Worksheet
CONTRACT
PRICING
WORKSHEET
# of Months # of
repairs covered Inspections Price of 1 Total
(up to 12 months) per unit Inspection Price
12 $5,640.00
1 12 __..... . . ................... ........... $4,... 128.00
1 12 $24,180.00
1 12 . $17, 064.00
CUST NAME:
Type of
POS
# of
Price/unit/
Equipment
(Y if yes
Units
from sheet
LP200
N
10
$564.00
LP250
N
1 8
$516.00
LPSM/D
I N
1 31
$780.00
LP 10
I N
1 18
$948.00
LP11 M
N
15
$552.00
12 `....................... - $8,280.00
LP11 D
N
15
$432.00
12 -- - ------------ : $6,480.00
12 $240.00
EVR
N
1
$240.00
-----------------------
$0.00
---------- ---------------- - - ------
$0.00
Subtotal
---- - - - _ - __ - - - - -
$66,012.00
Discount $
IDiscount %
10.00
Case Changes, accessories included, etc ... (not discounter!)
Description
#Unts
Price
Ext Price
City of Miami Fire
$0.00
1998/1999 pricing
som
($12.00)
Total
$66.000.00
Rounded Total
$65.000.00
NET PRICE SUBTOTAL (from contracts
billable page)
OTHER AMOUNT to put on con&actsbillable
($66,012.00)
'a,-
Page 1
98- 566
Pricing Worksheet
CONTRACT
PRICING
WORKSHEET
-
-
# of Months # of
repairs covered Inspections Price of 1 Total
(up to 12 months) per unit J Inspection _ Price
12 ---- --------------... _........ ....$5,640.00
12................ _...._.._.-_.._.._..'_....._.....--------------.------... $4,128.00
12 : - - -....- $24,180.00
12 •. -: $17,064.00
•----... .
COST NAME:
Type of
POS
# of
Price/unit/
Equipment
(Y if yes
Units
from sheet
LP200
N
10
$564.00
LP250
N
8
$516.00
LP5M/D
N
31
$780.00
LP10
N
18
$948.00
LP11M
N
15
$552.00
-
1Z $8,280.00
LP11D
N
15
$432.00
_-_-_-__--__--__-•
12.....--........... ------ ........ __.......__ $6,480.00
12 $240.00
EVR
N
1
$240.00
._------------- ------- -- . _. $0.00
$0.00
Subtotal
$66,012.00
Discount $
$ 10iscount %
10.00
Case Changes, accessories included, etc...(not discounted)
Descon
h ti
#Un
Price
Ext Price
City of Miami Fire
$II•00
1999/2000 pricing
$0.06
($12.00)
rota/
$66,000.00
Rounded Total
$66.000.00
NET PRICE SUBTOTAL (from contracts
billable page)
OTHER AMOUNT to put on con&vctsbil/able pnje
($66,012.00)
Pagel 98-- 566
�E\T 5t PHYjI,)-CI-\,R' L RED�100 ll- 4-97
i'. I,.I d, ..� lU4. yi •. Y,G
LIPESAVING 7()C) :. FOR IIFE:;AVlf*. FEAMS
November 03, 1997
City of Miami Fire Rescue
444 SW 2n0 Avenue
Miami, FL 33130
Attn: Chief Maurice Kemp
Dear Chief Kemp:
I 1 U^ F'11) 5 1(. -CI )\T R()L CORP -
1 - )3373>_0U
PHYSIO-CONTROL CORPORATION Is the manufacturer of the UFEPAK40 series
of cardiac defibrWators/monkors. Only PHYSIO-CONTROL authorized Technical
service Repr+ssenbstives provide mar authorized mainbarw, nce for PHYSIO-
CONTROL CORPORATION products. This ensures your critical patient care
equiprnsrt Is serviced by factory trained r'epresanMINW. and that parts
manufactured expressly fbr the P UFEPAK are used.
Sincerely,
PHYSIO-CONTROL CORPORATION
Michael R. Taylor
Manager
Worldwide Customer Operations
If
MRTlcft
'a.-
9$-- 566
AWARD
SOLE SOURCE
ITEM: Maintenance of Physio Control Cardiac Life
Support Equipment
DEPARTMENT: - Fire -Rescue
TYPE OF PURCHASE: Contract Basis for three (3) years with the
option to renew for two (2) additional one (1)
year periods.
REASON: To be utilized in the diagnosis and treatment of
life threatening situations and must be
maintained at all times in proper working
condition.
RECOMMENDATION: It is recommended that award be made to
Physio-Control Corporation (Non-Minority/Non-
local vendor), at a proposed annual cost not to
exceed of $66,012.00, for the initial three (3)
years period.
Date
z/procurement/bids/word/AwardSoleSource 3
98- 566